Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 15, 2017 FBO #5836
SOLICITATION NOTICE

J -- Analogic Corporation BK-3000 Ultrasound System Maintenance Services

Notice Date
11/13/2017
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
N02CO82504-95
 
Archive Date
12/5/2017
 
Point of Contact
Ricky J. Watson, Phone: 2402766594
 
E-Mail Address
ricky.watson@nih.gov
(ricky.watson@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
The Department of Health and Human Services (HHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Radiation Oncology Branch (ROB) plans to procure, on a sole source basis, maintenance service for a Government-owned Analogic Corporation BK-3000 Ultrasound System from Analogic Corporation, 8 Centennial Drive, Peabody, MA 01960. The response close date of the notice for this requirement is in accordance with FAR 5.203(a)(1). This acquisition will be processed under FAR Part 12 - Acquisition for Commercial Items and will be made pursuant to the authority in FAR Part 13.106-1(b)(1); and is exempt from the requirements of FAR Part 6. The North American Industry Classification System code is 811219 and the business size standard is $20.5M. The period of performance shall consist of a base period of twelve (12) months, plus four 12-month option period, as follows: Base Period: December 5, 2017 through December 4, 2018 Option Period One: December 5, 2018 through December 4, 2019 Option Period Two: December 5, 2019 through December 4, 2020 Option Period Three: December 5, 2020 through December 4, 2021 Option Period Four: December 5, 2021 through December 4, 2022 The anticipated award shall be firm fixed price. It has been determined there are no opportunities to acquire green products or services for this procurement. Contractor Requirements The Contractor shall provide all parts, labor, material and equipment necessary to maintain and provide preventive and emergency maintenance for one (1) government-owned Analogic Corporation BK3000 ultrasound system and associated software and peripherals. All maintenance service shall be performed on-site, in accordance with the manufacturer's standard commercial maintenance practices, by an Original Equipment Manufacturer (OEM) authorized and trained Service Engineer. The Contractor shall provide software service in accordance with the manufacturer's latest established service procedures, to include remote access (email and telephone) and software technical support at no additional cost to the Government. Service shall be provided during normal working hours (8am to 5pm EST), Monday through Friday excluding Federal Holidays. All service calls and travel time, labor, and any necessary approved parts shall be included at no additional cost to the Government. The Contractor shall provide maintenance for: Item Number Serial Number Description 2300-1 5008664 BK-3000 Ultrasound System 9032 9032-3116542 8L2 Linear Array Transducer 9048 9048-3117091 E14CL4b, 14-4 MHz Biplane Endocavity Transducer 9070 9070-3116920 18L5, 18-5 MHz High Frequency Linear Array UA2353 7204457 Integrated Printer Start-Up Kit The Contractor shall provide license and software updates for: Item Number Description Number of Licenses / Users Required UA2323 DICOM software license - 1 UA2328 Elastography software license - 1 UA2306 Peripheral Vascular Application Pack - 1 UA2308 Colorectal & Pelvic Floor Application Pack - 1 UA2325 Vector Flow Imaging software license - 1 UA2327 Varian Interface software license - 1 UA2301 Urology Application Pack - 1 UA2304 General Imaging Application Pack - 1 PREVENTIVE MAINTENANCE: Maintenance shall include regular preventative maintenance (PM) scheduled per original equipment manufacturer (OEM) guidelines. PM service shall include thorough cleaning, calibration, adjusting, inspection, lubrication and testing of all equipment in accordance with the manufacturer's latest established service procedures. All equipment shall be operationally tested through at least one (1) complete operating cycle at the end of the preventive maintenance inspection assure optimum and efficient performance. A written report shall be generated and provided to the Government. EMERGENCY SERVICE: Unlimited emergency repair service visits shall be provided to the Government during the term of this purchase order. Upon receipt of notice that any part of the equipment is not functioning properly the Contractor shall within twenty-four (24) hours furnish a authorized, OEM factory-trained Service Engineer to inspect the equipment and perform all repairs and adjustments necessary to restore the equipment to normal and efficient operating condition. Emergency service calls shall not replace the necessity for scheduled preventative maintenance inspections (PMIs). TECHNICAL SUPPORT: The Contractor shall provide unlimited remote technical support (phone and email, Monday-Friday 8:00 AM - Friday 5:00 PM) excluding Federal holidays; software and hardware updates; and applications (Includes on-site troubleshooting and repair). These services shall only be provided by authorized, OEM factory-trained Service Engineers. REPLACEMENT PARTS: The Contractor shall furnish all required OEM replacement parts at no additional cost to the Government, with the exception of consumables. Parts shall be new or re-manufactured to original equipment specifications. SOFTWARE UPDATES/SERVICE: Critical and non-critical updates shall be provided. In the event of software updates, the Contractor shall provide software service in accordance with the manufacturer's latest established service procedures, to include remote access (email and telephone) to software technical support at no additional cost to the Government. The Contractor shall receive advanced approval for the installation of all software updates and revisions from the Government. Defective software shall be replaced at no additional cost to the Government. The Contractor shall perform timely installation of all OEM software revisions and OEM component revisions, as well as re-installation of existing software and operating systems as required to repair instrumentation according to OEM standards at no additional cost to the Government. PERSONNEL QUALIFICATIONS: Personnel shall be authorized, OEM factory- trained Service Engineers with access to OEM parts and possess a minimum of two (2) years of OEM factory training and experience in the servicing of the instrument and software covered by this purchase order. All primary service personnel shall have at least one backup support person with at least the same level of expertise. SERVICE EXCLUSIONS: The Contractor shall not be responsible for any repairs necessitated by abuse, neglect, vandalism, Acts of God, fire or water. These repairs shall be the subject of a separate purchase order and shall not be performed under this purchase order. RESPONSE TIMES: The Contractor shall respond to service calls within 30 - 60 minutes. Upon receipt of notice that emergency onsite service is required, the Contractor shall - within twenty-four (24) hours of the Government's service request - furnish onsite authorized, OEM factory-trained Service Engineer(s) to inspect the equipment and perform all repairs and adjustments necessary to restore the equipment to normal and efficient operating condition. Emergency service calls shall not replace the necessity for scheduled Preventive Maintenance Inspections. The Contractor shall provide the following response times: PLACE OF PERFORMANCE: NIH, NCI 10 Center Drive Bldg 10 CRC, Rm B2-3650 Bethesda, MD 20892 Unique Qualifications of the Contractor: The Government - owned BK-3000 Ultrasound System is manufactured by Analogic Corporation. Analogic Corporation is the only known service provider for the scientific equipment to be serviced. The equipment is highly specialized and complicated, integrating many proprietary technologies. Analogic Corporation. is the only provider of service by authorized, Original Equipment Manufacturer (OEM) factory-trained Service Engineers and the only provider of OEM replacement parts. It is critical to the research community that the equipment mentioned above is maintained according to the manufacturer's specifications. The software supplied with this equipment is proprietary, and updates, patches, and software re-installation are solely available through Analogic Corporation. As the OEM, Analogic Corporation: • Can provide OEM-generated software and hardware component revisions as they are released, at no additional cost to the Government. • Can provide a 30 - 60 minute response time for telephone troubleshooting service calls, and a 24-hour response time for onsite emergency calls. • Can provide software re-installation at no additional cost to the Government, and without requiring additional purchase orders from the Government. • Can provide direct access to a full range of OEM replacement parts. • Has sufficient knowledge of multiple, complex OEM-designed/installed modifications on the Radiation Oncology Branch of the Center for Cancer Research's equipment that specifically satisfy the Radiation Oncology Branch of the Center for Cancer Research's requirement. • Can provide telephone support that includes the latest OEM expert advice and recommendations from authorized, OEM factory-trained Service Representativesin order to troubleshoot and diagnose issues over the phone and without requiring additional purchase orders from the Government. This notice is not a request for competitive quotation. However, if any interested party, especially small business believes it can meet the above requirement, it may submit a proposal or quote for the Government to consider. The response and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement. Responses must be received in the contracting office by 11:00 AM EST, on November 20, 2017. All responses and questions must be via email to Ricky Watson, Contract Specialist at ricky.watson@nih.gov. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, Contractors must be registered and have valid certification in the System for Award Management (SAM) through SAM.gov, and have Representations and Certifications filled out. Reference: N02CO82504-95 on all correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02CO82504-95/listing.html)
 
Record
SN04738375-W 20171115/171113230947-c619fbff4236463e673c40c044e310f4 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.